Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

65 -- GLIDESCOPES - SOLE SOURCE JUSTIFICATION

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Hospital Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
 
ZIP Code
92055-5191
 
Solicitation Number
N68094-14-T-0076
 
Point of Contact
Denise D. Bond, Phone: 7607635735
 
E-Mail Address
denise.bond@med.navy.mil
(denise.bond@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLE SOURCE JUSTIFICATION Combined Synopsis/Solicitation Notice of Intent to Sole Source Solicitation Number: N68094-14-T-0076 Purchase Description: GLIDESCOPES This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This notice/announcement provides intent to award a "Sole Source" procurement. The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-14-T-0076, as a Notice of Intent to Sole Source IAW FAR Part 5, Publicizing Contract Actions; 12, Acquisition of Commercial Items; & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "334510", with a small business standard of "500" employees. The Government intends to award a Commercial Firm Fixed-Price Sole Source Award to contractor "VERATHON MEDICAL." The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76 effective July 25, 2014 and Defense Federal Acquisition Regulation Supplement DPN 20140828 effective August 28, 2014. The Sole Source Justification is attached. DESCRIPTION OF ITEMS/SERVICES: CLIN 0001: GLIDESCOPE TITANIUM SYSTEM Quantity Unit of Issue Unit Price Extended Price 2 EA tiny_mce_marker______________ tiny_mce_marker___________________ MANUFACTURER: VERATHON PRODUCT#: 0270-0817. CLIN 0002: GLIDESCOPE TITANIUM LOPRO T3 Quantity Unit of Issue Unit Price Extended Price 4 EA tiny_mce_marker_______________ tiny_mce_marker___________________ MANUFACTURER: VERATHON PRODUCT#: 0574-0147 CLIN 0003: GLIDESCOPE TITANIUM LOPRO T4 Quantity Unit of Issue Unit Price Extended Price 4 EA tiny_mce_marker_______________ tiny_mce_marker__________________ MANUFACTURER: VERATHON PRODUCT#: 0574-0178 TOTAL PRICE: tiny_mce_marker________________________ CLIN 0004: GLIDESCOPE AVL COBALT 1-2 VIDEO BATON Quantity Unit of Issue Unit Price Extended Price 1 EA tiny_mce_marker_______________ tiny_mce_marker___________________ MANUFACTURER: VERATHON PRODUCT#: 0270-0662 CLIN 0005: STYLET GUIDE (PRE-SHAPED) QTY. 10 PER PACK Quantity Unit of Issue Unit Price Extended Price 2 EA tiny_mce_marker_______________ tiny_mce_marker___________________ MANUFACTURER: VERATHON PRODUCT#: 0270-0681 CLIN 0006: GLIDESCOPE UNIVERSAL ACCESSORY BASKET Quantity Unit of Issue Unit Price Extended Price 2 EA tiny_mce_marker_______________ tiny_mce_marker___________________ MANUFACTURER: VERATHON PRODUCT#: 0810-0201 CLIN 0007: Trade-In value for 2 Older Glidescope Systems Quantity Unit of Issue Unit Price Extended Price 2 EA tiny_mce_marker_______________ tiny_mce_marker___________________ (CREDIT) MANUFACTURER: VERATHON PRODUCT#: 0950-0116 DELIVERY DATE(S): October 15, 2014 PLACE OF DELIVERY: Naval Hospital Camp Pendleton Alfonzia Edge Receiving Bldg: H-135 Camp Pendleton, 92055-5191 TEL: 760-725-1251 Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Such responses MUST be received no later than September 24, 2014; 12:01 PM (Pacific Daylight Time). Forward responses by e-mail to denise.bond@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: (1) Instructions to Offerors -- Commercial Items (Apr 2014): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the contractor who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria: (a) Technical Capability: Meets Sole Source Government requirement/specifications as identified within each CLIN. For supplies and equipment the Government will consider offers/quotes only from "authorized distributors/resellers" of the offered manufacturers. (b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (3) Offers/Quotes must include completed copy of provision at Offeror Representations and Certifications -- Commercial Items (May 2014) or indication that offeror representations and certifications are in System for Award Management (SAM). (4) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) (5) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) ADDITIONAL TERMS/CONDITIONS TRADE-IN (EXCHANGE/SALE) The exchange/sale authority is a statutory provision, (40 U.S.C. 503), which states in part: "In acquiring personal property, an executive agency may exchange or sell similar items and may apply the exchange allowance or proceeds of sale in whole or in part payment for the property acquired." [73 FR 50880, Aug. 29, 2008] INVOICING INSTRUCTIONS - MANDATORY: 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE AND RECEIVING REPORT COMBO ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION / DESTINATION ----------------------------------------------------------------------- (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0248 Issue By DoDAAC N68094 Admin DoDAAC N68094 Inspect By DoDAAC N/A Ship To Code N68094 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N68094 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. WAWF Acceptor/COR Email Address: xxxxx@med.navy.mil ----------------------------------------------------------------------- (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. wawf@med.navy.mil ----------------------------------------------------------------------- (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-14-T-0076/listing.html)
 
Place of Performance
Address: Navy Hospital Camp Pendleton, BLDG H200, CAMP PENDLETON, California, 92055, United States
Zip Code: 92055
 
Record
SN03517282-W 20140920/140918235012-35ac262c1dbe89801deb7eaf0062fbea (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.